Skip to main content
Comptroller Main Webpage

The Clerk of the Board is responsible for keeping accurate minutes and maintaining Board records for each Board of County Commissioner (BCC) and Value Adjustment Board (VAB) meeting. In addition, every 4 years, the Clerk of the Board office provides staff support to the Charter Review Commission (CRC) appointed by the BCC. Please contact our office if you need an accessible version of documents on this page, and one will be provided.

Selection options are described below:

1. To search BCC records by meeting date and/or a specific term between September 23, 1869 and December 14, 2010, view the 'BCC Meetings' page.

2. To view BCC records by meeting date between January 4, 2011 through September 22, 2016, scroll down to locate the BCC meeting date.

3.
To search BCC records by a specific term between October 4, 2016 through Present, select the 'Search Records' tab.      

4.    To view VAB records by meeting date between June 20, 2013 through August 21, 2018, scroll down to locate the VAB meeting date. 

5.    To search CRC regular business meeting records by a specific term between February 25, 2019 through Present, select the 'Search Records' tab.

File #: 25-1253    Version: 1 Name:
Type: Procurement Status: Passed
File created: 9/3/2025 In control: Administrative Services Department
On agenda: 9/30/2025 Final action: 9/30/2025
Title: Approval to award Invitation for Bids Y25-170-AV, Landscape Maintenance - West Orange Section III, to the low responsive and responsible bidder, Lawnwalker Services, Inc., in the estimated contract award amount of $2,877,325 for a five-year term. In the event the bidder recommended above fails to achieve timely compliance with pre-award deliverables, as defined in the Invitation for Bids, including, but not limited to, State Division of Corporations registration, E-Verify, insurance and bonds, further request Board authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid tabulation herein, to the extent practicable and advantageous to the County. ([Public Works Department Roads and Drainage Division] Procurement Division)

Interoffice Memorandum

 

DATE: September 3, 2025

 

TO: Mayor Jerry L. Demings and County Commissioners

 

FROM: Carrie Mathes, FNIGP, CFCM, NIGP-CPP, CPPO, C.P.M., Manager II, Procurement Division

 

CONTACT: Eduardo Avellaneda, M.S., P.E., Manager II, Roads & Drainage Division

 

PHONE: 407-836-7871

 

SUBJECT: Award of Invitation for Bids Y25-170-AV, Landscape Maintenance – West Orange Section III

 

ACTION REQUESTED:

title

Approval to award Invitation for Bids Y25-170-AV, Landscape Maintenance – West Orange Section III, to the low responsive and responsible bidder, Lawnwalker Services, Inc., in the estimated contract award amount of $2,877,325 for a five-year term. 

 

In the event the bidder recommended above fails to achieve timely compliance with pre-award deliverables, as defined in the Invitation for Bids, including, but not limited to, State Division of Corporations registration, E-Verify, insurance and bonds, further request Board authorization for the Procurement Division to award to the next low responsive and responsible bidder as listed in the bid tabulation herein, to the extent practicable and advantageous to the County. ([Public Works Department Roads and Drainage Division] Procurement Division)

 

 

body


PROCUREMENT:

This contract will provide landscaping and mowing for County-owned properties in the West Orange Section III area.

 

FUNDING:

Funding is available in account number 1002-072-2906-3816.

 

APPROVALS:

The Roads and Drainage Division concurs with this recommendation.

REMARKS:

Nine bids were received in response to this Invitation for Bids and evaluated for responsiveness, responsibility, and price reasonableness. Florida Greenscapes Management, Inc. and Total Care Grounds Maintenance, LLC were deemed non-responsive for failing to submit required certification.  Solscape Services, LLC, Premier Lawn Maintenance, LLC, Superior Landscaping & Lawn Service, Inc. and Rotolo Consultant, Inc. were deemed non-responsible based on the results of the reference checks.  Lawnwalker Services, Inc. has a satisfactory record of performance and is considered responsible. Prices have been determined to be reasonable compared to current contracted pricing. Therefore, award is recommended to Lawnwalker Services, Inc.

 

The bid tabulation is as follows:

Bidder                                                                                                                                                   Total Five-Year Bid

Lawnwalker Services, Inc.                                                                                                                              $2,877,325

Around 2it Landscape Services, Inc.                                                                                    $3,570,050

Aero Groundtek, LLC                                                                                                                              $4,997,700

Florida Greenscapes Management, Inc.                                                                                    Non-Responsive

Total Care Grounds Maintenance, LLC                                                                                    Non-Responsive

Solscape Services, LLC                                                                                                                              Non- Responsible

Premier Lawn Maintenance, LLC                                                                                                         Non-Responsible

Superior Landscaping & Lawn Service, Inc.                                                               Non-Responsible

Rotolo Consultant, Inc.                                                                                                                              Non-Responsible